Repair of Signal Generator and Network Analyzer
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159811594564646 |
Posted Date: | Feb 27, 2023 |
Due Date: | Mar 13, 2023 |
Solicitation No: | FA8517-23-Q-0006 |
Source: | https://sam.gov/opp/8638a31d0d... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Feb 27, 2023 02:23 pm EST
- Original Published Date: Feb 10, 2023 09:24 am EST
- Updated Date Offers Due: Mar 13, 2023 04:00 pm EDT
- Original Date Offers Due: Feb 27, 2023 04:00 pm EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Mar 28, 2023
- Original Inactive Date: Mar 14, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: J059 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
-
NAICS Code:
- 811210 - Electronic and Precision Equipment Repair and Maintenance
-
Place of Performance:
Warner Robins , GA 31098USA
This is a commercial acquisition for the repair of seven (7) each of the Signal Generator. P/N N5508A-OPT002-H01 [Keysight Technologies, Inc. (CAGE codes: 7ZXR5 & 1LQK8) and NSN 6625-01-550-2467KV (for both). This acquisition is also for the repair of seven (7) Network Analyzers: P/N N5230A, OPT125, 1CP, UK6 [Keysight Technologies, Inc. (CAGE codes: 7ZXR5 & 1LQK8) and NSN 6625-01-556-1100KV. Successful repair of these Signal Generators and Network Analyzers is a positive step in the direction of providing Continuous Sustainment to the F-15 AIS (Avionics Intermediate Shop) test stations.
This acquisition will benefit the USAF by sustaining the F-15 AIS which will enable the warfighter to continue to test and fault isolate deficiencies in F-15 Antenna/Radar Line Replaceable Units (LRUs). These actions shall ensure proper operation of AIS components, resulting in less Mission Incapable Awaiting Parts (MICAP) requisitions. This acquisition will benefit the USAF by sustaining the F-15 AIS which will enable the warfighter to continue to test and fault isolate deficiencies in F-15 Antenna/Radar Line Replaceable Units (LRUs). These actions shall ensure proper operation of AIS components, resulting in less Mission Incapable Awaiting Parts (MICAP) requisitions.
The F-15 Aircraft Intermediate Shop (AIS) Test Equipment is required to ensure proper operational capability of both Air Force and FMS F-15 aircraft avionics and radar systems. The F-15 AIS Test Equipment was developed in the early 1980s to provide depot and field level support to the highly complex F-15 avionics and radar Line Replaceable Units (LRU) and Shop Replaceable Units (SRU). The F-15 AIS Test Equipment was originally designed/developed and integrated by Honeywell International, Inc. over thirty (30) years ago using 1980's parts and technology. Throughout the history of these systems, Honeywell International, Inc. (for this National Stock Number) has been the provider of the majority of the parts and services necessary to sustain the F-15 AIS Test Equipment. In the past few years, Keysight Technologies Inc., is the Sole Source Provider for this NSN.
The Contractor shall provide quality repair to ensure a serviceable “A” condition item efficiently serves its intended purpose, by the required disassembly, test, bench check, inspection and repair. The Contractor shall provide timely and accurate reporting in Commercial Asset Visibility Air Force (CAVAF), while meeting the repair Turn Around Times (TAT) of routines, SURGE, and MICAP requirements and reduce the frequency of Product Quality deficiency Reports (PQDRs). The Contractor is responsible for ensuring that all Line Replaceable Units (LRUs) and Test Replaceable Units (TRUs) are returned to service or delivered in compliance with Original Equipment Manufacturer (OEM) performance standards/specifications. The Contractor shall repair submitted hardware, utilizing repair components that are equal to, or superior to, Original Equipment Manufacturer (OEM) components, which meet applicable drawings, handbooks, manuals, and/or specification established by OEM and which will perform in next higher assemblies.
We are looking to establish a five-year contract for this repair. This contract will consist of a one year basic ordering period and four (4) one-year ordering periods.
- CP 478 926 7204 235 BYRON ST STE 19A BLDG 300
- ROBINS AFB , GA 31098-1670
- USA
- Syemeiko Johnston
- syemeiko.johnston.1@us.af.mil
- Phone Number 4782224784
- Joe Lee
- joe.lee.4@us.af.mil
- Phone Number 4784724097
- Feb 27, 2023 02:23 pm ESTCombined Synopsis/Solicitation (Updated)
- Feb 27, 2023 10:03 am EST Combined Synopsis/Solicitation (Updated)
- Feb 10, 2023 09:24 am EST Combined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.